Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2008 FBO #2327
SOLICITATION NOTICE

D -- Remote Conferencing Software

Notice Date
4/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Office of the Chief Financial Officer, Acquisition Services Division, 1801 L Street, NW, 6th Floor, Washington, District of Columbia, 20507
 
ZIP Code
20507
 
Solicitation Number
RFQ0048-08
 
Archive Date
4/28/2008
 
Point of Contact
Caroline A Fowler, Phone: (202) 663-4219, GregoryBrowne,, Phone: (202) 663-4292
 
E-Mail Address
caroline.fowler@eeoc.gov, gregory.browne@eeoc.gov
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is being issued as a Request for Quotation (RFQ) No. 0048-08, and is in accordance with Federal Acquisition Regulation (FAR) Part 12.6, Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24, effective March 31, 2008. ALL INFORMATION NEEDED TO SUBMIT A QUOTATION IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED. This procurement is unrestricted. The North American Industry Classification System (NAICS) Code for this requirement is 541519. The EEOC contemplates awarding a Firm-Fixed Price Contract and is anticipated to be awarded in April 2008. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) database. Registration via the Internet Site at http://www.ccr.gov or by contacting the CCR Customer Support Center at 1-888-227-2423, 9:00 a.m. to 5:00 p.m., Eastern Daylight Savings Time, Monday through Friday. The U.S. Equal Employment Opportunity Commission (EEOC) was established by Title VII of the Civil Rights Act of 1964. This Act prohibits employment discrimination based on race, color, sex, religion or national origin. EEOC is also responsible for enforcing: The Age Discrimination in Employment Act of 1967 which prohibits employment discrimination against employees 40 years of age or older; The Equal Pay Act of 1963 which protects men and women who perform substantially equal work in the same establishment from sex-based wage discrimination. Section 501 of the Rehabilitation Act of 1973 which prohibits federal sector employment discrimination against persons with disabilities; The Americans with Disabilities Act of 1990 (ADA) which further prohibits employment discrimination against persons with disabilities in all sectors of society; and The Civil Rights Act of 1991 which amends the 1964 Civil Rights Act to provide punitive damages in some instances for willful and intentional employment discrimination. The mission of the EEOC is to ensure equality of opportunity by vigorously enforcing federal laws prohibiting employment discrimination through investigation, alternative dispute resolution, conciliation, litigation, coordination, education, and technical assistance. EEOC also provides oversight and coordination of all federal equal employment opportunity regulations, practices, and policies. EEOC performs its functions through a geographically dispersed organizational structure. This structure consists of the Headquarters office, located in Washington, D.C., and fifty-three field offices dispersed throughout the country. EEOC has approximately 2,200 employees. The U.S. Equal Employment Opportunity Commission requires the following Brand Name or Equal commercial item: CLIN 0001: Remote Conferencing Software (iMeeting or its equivalent): QTY: l yr : $______ CLIN 0002: Telephone Access and Rates for User and Guest Users: QTY: 10 ea: $_________ Total Cost to the Government (CLIN Nos. 0001 and 0002): $__________ The software will be used to conduct training and meetings remotely. SCOPE: For the past three years, EEOC has been using a remote conferencing software called iMeeting to provide training remotely, giving the agency interactivity between its students and the instructor. This software allowed EEOC the flexibility to use it inside and outside of its existing firewall, which is a requirement. The software is user friendly, allows application sharing, will record training sessions, and has unlimited conferencing between 2500 users. The software also provides EEOC with limited telephone access. If the current software is to be replaced, EEOC needs a solution with similar functionality and operating ability where the cost in transition time and money will be minimal. The quoter shall also provide a transition plan if the current software is to be replaced. Presently, EEOC has used the iMeeting software to create more than 20 training videos for our knowledge base and during the past year the agency has been able to provide training to more than 1200 people in computer related subjects. EEOC staff trained Information Technology Specialists within its 53 field offices as well as at the Headquarters Building located in Washington, D.C., on how to use this software for their training and meeting needs. This software is used extensively by many EEOC offices. WORK TO BE PERFORMED: The quoter’s solution shall possess the ability to provide a minimum of 150 registered users and shall have the capability to conduct training and host meetings remotely from any computer to an unlimited number of users. The software shall be used for communication, collaboration and eLearning. The software must provide for interactivity between an unlimited number of students and instructors. Communication shall have the capability of being used inside and outside of EEOC’s existing firewall. The platform shall allow application sharing, recording of training sessions, and shall have conferencing capability for up to 2500 users. There shall be no concurrency limitations. The platform shall also allow for limited telephone access. Phone usage and voice conferencing shall automatically be recorded with web conferencing with no use of external devices. The quoter shall provide a web-based solution available 24 hours a day. PERIOD OF PERFORMANCE: The period of performance under the resultant contract shall be for one year commencing from no later than September 27, 2008, up through twelve (12) months thereafter. PLACE OF DELIVERY: The contractor shall deliver the required software to the following address: U.S. Equal Employment Opportunity Commission, Office of Information Technology, ATTN: Vince Monico, Desktop Support and Services Division, 1801 L. St. NW, Room 4014, Washington, DC 20507. CONFIDENTIALITY, PRIVACY AND NON-DISCLOSURE: The confidentiality provisions of Title VII of the Civil Rights Act of 1964 and Title I of the Americans with Disabilities Act prohibit disclosure of any charge, charge-related, or EEO survey information. All reports and information from these systems will be kept confidential, as required by Section 709(e) of Title VII of the Civil Rights Act of 1964. The Contractor shall agree that such information will not be disclosed and will only be used for the performance of their responsibilities under the resultant contract. EEOC's information systems contain personal information subject to the Privacy Act of 1974 (PL 93-579) and amendments.) It will be the Contractor's responsibility to familiarize and brief employees and subcontractors on the provisions of the Privacy Act. EEOC's information systems (including those systems or portions of systems supported or maintained by contractors) are Federal Information Systems, as defined in the Federal Information Security Management Act of 2002, and are required by this statute to be provided information security protections commensurate with the risk and magnitude of the harm resulting from unauthorized access, use, disclosure, disruption, modification, or destruction of information collected or maintained by or on behalf of the agency; and information systems used or operated by an agency or by a contractor or other organization on behalf of an agency. SUBMISSION OF QUOTATIONS: Minimum Font Size is 12. All interested quoters having the capabilities to perform the required work are invited to submit a quotation in response to the RFQ on or before the closing date and time on Wednesday, April 16, 2008, at 12:00 Noon, (Washington, DC local time), to the following mailing address: U. S. Equal Employment Opportunity Commission, Acquisition Services Division, 1801 L. Street, N.W., Room 6234, Washington, DC 20507, ATTN: Caroline A. Fowler, Contracting Officer. Hard copies of the quotation (original and four copies) sent via U.S regular or overnight mail or hand delivered to the EEOC Guard Desk (EEOC Headquarters Bldg, Lobby Area to the attention of Caroline A. Fowler, Contracting Officer. EEOC Headquarters Building is a secured building, therefore, individuals who will make any deliveries of quotations must have proper photo identification. A quotation submitted electronically, via –email to caroline.fowler@eeoc.gov, with a cc: to Gregory Browne, Alternate Contracting Officer, at: Gregory.Browne@eeoc.gov, will be accepted. Questions regarding this request for quotation should be submitted to Caroline A. Fowler, Contracting Officer, via e-mail, at caroline.fowler@eeoc.gov, with a cc to: Gregory.Browne@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ No. 0048-08 is on Monday, April 14, 2008, at 11:00 a.m. (Washington, DC local time). The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the EEOC. Quotations shall be organized into three (3) separate and identifiable volumes: Volume I – Technical Quotation, Volume II – Past Performance, and Volume III – Price. Pricing information shall not be included in Volumes I and II. The quoter shall provide an original and 4 copies of the Technical Quotation, Past Performance and Price Quotation.) Volume I – Technical Quotation. The technical quotation should be directly responsive to the requirements contained in this RFQ. The quoter should set forth in detail, the overall technical and management plans, approach, controls, and schedule for accomplishing the required work. These plans will be an important factor in selection of the quoter, and should be specific and complete. The quoter should present the information necessary to provide a basis for evaluation by the Government of the quoter’s technical and managerial qualifications and the proposed solution to the technical problems. Each quotation will be evaluated in the light of the material and substantiating evidence presented in the quotation and not on the basis of what is inferred. The quoter’s Technical Quotation should not repeat this RFQ. The Technical Quotation shall not exceed 20 pages. Volume II – Past Performance and References: The quoter will be evaluated based on customer satisfaction and timeliness. The contact information for each reference shall include the following: A minimum of three (3) remote conferencing software or other relevant contracts and subcontracts completed during the past 3 years, and all such contracts and subcontracts currently in process for projects similar in size and complexity to the requirements stated in this RFQ. Contracts listed may include those entered into by other departments and agencies of the Federal Government, contracts with state and local governments, and contracts with commercial customers. Include the following information for each contract and subcontract: (1) Name and address of contracting activity; (2) Contract type;(3) Contract number (4) Total Contract value; (e) Name, title, and telephone number of Contracting Officer; (5) Name, title, telephone number, facsimile number of Program or Project Manager, if applicable; (6) Description of services provided; (7) Duration of task/contract, (8)Administrative contracting officer, if different from (e) above, and telephone number; and (9) List of major subcontracts/teaming partners. Past performance will be used as an evaluation factor as required in the FAR 15.304(c)(3). References other than those identified by the quoter may be contacted by the Government, with information received used in the evaluation of the quoter's past performance; and (c) Volume III – Price Quotation: A price quotation shall be submitted and shall include all costs, associated with this requirement. BASIS FOR AWARD: Award will be made to the quoter determined to be the Best Value to the Government, using the trade-off approach. EVALUATION FACTORS FOR AWARD: The Evaluation Factor to be applied by the Government in evaluation process in Descending Order of Importance is described as follows: technical capability, past performance and price. Technical capability and past performance when combined are more important than price. FACTOR 1: Technical Capability – The Government will evaluate Technical Capability based on the quoter’s demonstrated prior experience in understanding remote conferencing. The quoter must demonstrate a thorough understanding of the requirements by describing the approach, methodology, technique, or plan that the quoter is proposing to accomplish the tasks defined in the requirements as stated in this RFQ. The quoter must provide narrative statements, in as much detail as possible, demonstrating that their company has clear understanding of remote conferencing. FACTOR II: Past Performance: The Government will evaluate past performance based on a minimum of three (3) references for similar work or project information which would demonstrate the essential experience and skills necessary to address the requirements of this RFQ. The three (3) references for similar work or project information must have been awarded within the past three years. This factor will indicate the relevant aspects of the quoter’s record of performing services similar in size, content and complexity, customer satisfaction and timeliness to the requirements of this RFQ. FACTOR III: Price: The Government will evaluate price in comparison to the independent Government cost estimate. The Government reserves the right to make contract award(s) without discussions with quoters (except clarifications as described in FAR 15.306(a)). Therefore, quoters must submit their most favorable terms from a technical standpoint. The evaluation of the quotes shall be within the sole judgment and discretion of the EEOC. In addition to the above, the Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. Quoters should bear in mind that any quotation that is unrealistic in terms of the technical or schedule commitments may be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and scope of the requirements as specified in this RFQ. Contract award(s) will be based on the evaluation factors listed in this RFQ. APPLICABLE PROVISIONS AND CLAUSES: The provisions at 52.212-1, Instructions to Offerors-Commercial and 52.211-6, Brand Name or Equal, apply to this solicitation. The quoter shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items with his/her quotation. The following FAR clauses shall apply to this solicitation: Clause 52.252-2, Clauses Incorporated by Reference; Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items are incorporated by reference: Clause 52.222-3, Convict Labor; Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies; Clause 52.222-21, Prohibition of Segregated Facilities; Clause 52.222-26, Equal Opportunity, Clause 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons and 52.225-13, Restrictions on Certain Foreign Purchases and Clause 52.232-22, Payment by Electronic Funds Transfer-Central Contractor Registration are incorporated by reference. To obtain the above provisions/clauses in full text, please visit www.arnet.gov. METHOD OF PAYMENT: via Electronic Funds Transfer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=34abf1b41308d87702d1e2e417092155&tab=core&_cview=1)
 
Place of Performance
Address: EEOC Nationwide, Washington, District of Columbia, 20507, United States
Zip Code: 20507
 
Record
SN01549164-W 20080410/080408221231-34abf1b41308d87702d1e2e417092155 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.